Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

66 -- Molecular Imaging System

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ7104
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Description
This is a combined synopsis/solicitation request for quotes for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is being issued as a Request For Quotes under RFQ7104. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-19. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a not small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 334510 and the Small Business Size Standard is 500 Employees. Small and disadvantage businesses are encouraged to submit a quotation on this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure a Positron Emission Tomography Imager. The positron emission tomography imager shall have the following components. 1) Tomography imager, 2) Large bore model that offers large field of viewing for imaging mice, rats, and primates, 3) source kit for large bore, Ge-68 flood calibration kit, 1.0 mCi Ge-68 CS 10-9 cylindrical phantom, a cold CS 1-9 phantom and 0.6-0.8 mCi ge-68 line source, 4) Co 57 Source transmission kit to include one Co-57 point source, improved lung, soft tissue and bone contrast for gross anatomic localization and more accurate attenuation correction, 5) Ge-68 transmission source kit for large bore models, 6) Research workplace with 5 seats multimodality image review, fusion and analysis package designed to enable efficient research producing repeatable and reliable analysis results, 7) Supporting CT, PET, SPECT and MR data in DICOM, and in CT, PET, and SPECT formats as well as raw data import, 8) Pharmacokinetic Modeling with 5 seats and extended addition integration allowing analysis of one or more regions of interest with the same model simultaneously, 9) Multimodality for 5 seats 3D visualization which allows 3D viewing of either one or two static volumes simultaneously in any modality, 10) 64-bit Visualization workstation supporting the display and analysis of large image volumes, 11) Physiological preclinical monitoring system that simultaneously monitors and generates TTL trigger signals from 3 standard input channels, (Respiration, Temperature, and ECG), 12) User training of a time frame of 2 to 3 months, 13) design and fabrication of Extended Bed and Bed Mechanism, 14) Custom software Modification to Control Extended Bed, 15) Extended Service Contract and Servicing equipment in a contaminated facility, 16) Installation of equipment in a government designated training area, 17) After training the equipment will be disassembled and then relocated and reinstalled in a possible ABSL3 contaminated facility. The final location of the equipment will be in a animal facility that monitors disease progression and treatment success in various pathogens including Tuberculosis. 18) The imager shall have a large size bore for the shoulders of non-human primates of 15 to 18 cm and a trans-axial field of view (TAFV) of 9.5 cm for CT and smaller than the chest of a large rabbit of 10 to 12 cm for 3-4 kg animals, 19) Compatibility with government furnished equipment a CoreTom Computed Tomography Imaging System, 20) Dual delivery and installation required to be performed by the contractor. The Government intends to make a Best Value Buy from the responsible offeror whose offer is most advantages to the government. The following evaluation criteria will be used to evaluate offers: a) Price: b) Compatible with a CoreTom system of Neurologica: c) Installed in a possible tuberculosis contaminated area: d) Delivery and Installation The FOB Point shall be Destination, Bethesda, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items: Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, also applies; FAR 52.245-2 Government Property (Fixed-Price Contracts). To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M. Daylight Saving Time September 21, 2007. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: purchase for NIAID, National Institutes of Health, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01398495-W 20070909/070907220725 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.